The RFP Database
New business relationships start here

Rochester Replacement Clinic Phase 1 (VA-18-00023215)


New York, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is Sources Sought announcement only this is not a Request for Quote. The purpose of this notice is to conduct market research and obtain information from qualified vendors with special interest. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

The U.S. Department of Veterans Affairs, Network Contracting Office 2, and the VA Medical Center in Canandaigua, New York anticipate purchase orders for the items listed at the attachment.

Scope: A new Rochester (NY) VA Outpatient Clinic is presently under construction and is expected to open in April 2019. The contractor shall provide equipment and ancillary items including installation, installation planning, project management services, and for the removal and recycling of packaging materials for activation of a 84,000 net useable square foot outpatient clinic. The estimated timeframe for delivery/installation is December 2018. However, since the construction contractor is still on site, delivery dates may need to be adjusted to accommodate the construction/facility activation schedule. The facility may identify some items for trade-in which will be considered at the time of award. The scope of work will include delivery to the destination (FOB Destination). Descriptions of the items are listed in the attachment.

Procurement Requirement/Specifications:

Delivery and installation must be included in proposal. Tentative delivery is scheduled for December 2018; any delay in construction must be taken into account as it may affect delivery schedules. No on site storage will be provided.

Any packaging material must be removed from site upon completion of installation.

Any required equipment training and education shall be included in the solicitation and must be completed before clinical use.

Data Requirement: All IT-related medical equipment must be Veterans Integrated System Technology Architecture VISTA Imaging, Digital Imaging and Communications in Medicine DICOM compliant, and be able to connect to Hospital Information System HIS , Radiology Information System RIS , and Picture Archiving and Communication System PACS for efficient data transfer. Integration must be capable to the Electronic Health Record EHR (VAIQ# 7838241).

Electrical Safety Requirements: Equipment must comply with standards outlined in both National Fire Protection Association Health Care Facilities (NFPA- 99) standard and the latest edition of The Joint Commission Comprehensive Accreditation Manual for Hospitals.


The appropriate NAICS Codes are as follows:

339112 Surgical and Medical Instrument Manufacturing
339113 Surgical Appliance and Supplies Manufacturing
This procurement is for new items only; no remanufactured or "gray market" items. All equipment must be covered by the manufacturer's warranty.
Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract.

Responses should address how you will meet the Government's needs and provide a brief capability statement. All vendors that are interested in meeting this requirement are asked to submit the following information as well:
1) Company Name:
2) Company Address:
3) DUNS Number:
4) Company POC Name:
5) Company POC Phone:
6) Company POC Email:
7) Company Website:
8) Business type: (Large, Small, Woman-Owned, VOSB/SDVOSB, etc.):

Please identify your company's small business size standard and applicable NAICS code. For more information refer to http://www.sba.gov/content/table-small-business-size-standards.
Note: If claiming SDVOSB or VOSB, the firm must be registered and CVE verified in VetBiz Registry http://www.vetbiz.gov/; also include VetBiz certification.

A formal RFQ may be issued upon receipt of information pertaining to this Sources Sought Notice. If you are capable of meeting the requirement, please send your responses via email NLT 4:00pm on Friday, March 9, 2018 to Sam DeMuzio, Contracting Officer, at Sam.DeMuzio@va.gov.

This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. This notice does not constitute a formal Request for Quote (RFQ), nor is the government obligated to issue an RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey.



DO NOT SEND QUOTES AT THIS TIME

Sam A DeMuzio
Contract Specialist
(585)393-7735

sam.demuzio@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP